• No results found

PARTITION

N/A
N/A
Protected

Academic year: 2023

Share "PARTITION"

Copied!
110
0
0

Loading.... (view fulltext now)

Full text

(1)

DR. BABASAHEB AMBEDKAR TECHNOLOGICAL UNIVERSITY A/P:-LONERE, TALUKA:-MANGAON,

DISTRICT:-RAIGAD

ESTATE DEPARTMENT

No. Offline Tender/DBATU/Estate/2023-24/07

NAME OF WORK : - PARTITION FOR E & TC LABORATORIES (LH 109) AT DBATU LONERE.

AMOUNT PUT TO TENDER: - Rs. 7,79,560/-

Registrar

Dr. B. A. T. University, Lonere

TENDER PAPERS

B -1 AGREEMENT

(2)

DISCLAIMER

1. Detailed Time Table for the various activities to be performed in tendering process by the tenderer for quoting his offer is given in this Tender Document under “Tender Schedule”. Contractor should carefully note down the cut-off dates for carrying out each tendering process / activity.

2. Every effort is being made to keep the website up to date and running smoothly 24 x 7 by the Government and the Service Provider. However, Government takes no responsibility and will not be liable for the website being temporarily unavailable due to any technical issue at any point of time.

3. In that event, University will not be liable or responsible for any damages or expenses arising from any difficulty, error, imperfection or inaccuracy with this website. It includes all associated services or due to such unavailability of the website or any part thereof or any contents or any associated services

4. Tenderers must follow the time table of tendering process and get their activities of tendering processes down well in advance so as to avoid any inconvenience due to unforeseen technical problem if any.

5. University will not be responsible for any incomplete activity of tendering process of the tenderer due to technical error / failure of website and it cannot be challenged by way of appeal, arbitration and in the Court of Law. Contractors must get done all the tendering activities well in advance.

(3)

INDEX

Name of Work: - Partition for E & Tc Laboratories (LH 109) at DBATU Lonere Sr.

No. Description Pages

From To

1. Tender Notice 1 1

2. Tender schedule and address for communication 2 2

3. Introduction of University 3 3

4. Pre-qualification Criteria 4 4

5. General Information of contract 5 6

6. Detailed Tender Notice and Tendering Procedure 7 36

7. Agreement Form B-1 37 42

8. Conditions of Contract 43 68

9. Additional instructions and Specifications 69 97

10. Schedule 'A' 98 98

11. Additional conditions of material to be brought by

contractor 99 102

12. Annexure- A & B- Quality Control Tests 103 107

13. List of Apparatus required in field Lab 108 108

14. Schedule – ‘B’ 118 118

15. Declaration of contractor 121 121

Issued to:-

Transaction ID No.:-

Registrar

(4)
(5)

Dr. Babasabeb Ambedkar Technological University

(Established by Government of Maharashtra and Governed by Dr. Babasaheb Ambedkar Technological University, Maharashtra Act No. XXIX of 2014)

www.dbatu.ac.in

Tender Notice

Offline Tenders in percentage rate in B-1 form for the following work are invited by the Registrar, Dr. Babasaheb Ambedkar Technological University, Lonere from registered contractors with appropriate class.

Name of work Estimated cost (Rupees)

Earnest money (Rupees)

Time limit

Tender Fee (Rupees)

Class of Contract

or

Tender Period

Partition for E & Tc Laboratories (LH 109).at DBATU Lonere

7,79,560/- 8,000/- 4

Month 560/- VI and

above

As published on

www.dbatu.ac.in

Extension of tender, retender, corrigendum or change in schedule will not be published in Newspaper; it will be published only at www.dbatu.ac.in.Right to reject any or all Tenders without assigning any reason thereof is reserved by the University.

Registrar

(6)

TENDER SCHEDULE

Name of work : Partition for E & Tc Laboratories (LH 109).at DBATU Lonere

Period of download of bidding document online

: As published on www.dbatu.ac.in

Last date and time for receipt of online bids (bid due date)

: As published on www.dbatu.ac.in

Time, date of opening technical bids

: As published on www.dbatu.ac.in

Date & time of submission documents in original

: The bidder shall submit in sealed cover with name of work on the envelop hard copy of tender document duly signed by bidder to the office of Registrar, Dr. B. A. T.

University, Lonere District - Raigad within 72 hours of the Bid lock time.

Time, date of opening financial bids : As published on www.dbatu.ac.in. Or will be announced later

Place of opening of technical bids : Dr. B. A. T. University, Lonere District - Raigad

Officer inviting bids : Registrar, Dr. B. A. T. University, Lonere District - Raigad ADDRESS FOR COMMUNICATION

The Registrar,

Dr. Babasaheb Ambedkar Technological University, Lonere.

“Vidyavihar”, A/P :- Lonere, Tal :- Mangaon Dist: - Raigad, Maharashtra, India, PIN: 402 103.

Phone no: +91-2140-275142 Fax No: +91-2140-275440 University Engineer : 9421166351 Email: registrar@dbatu.ac.in

Email: vschavan1412@rediffmail.com

(7)

1. INTRODUCTION

1.1 About The University

The district of Raigad is blessed with historical legacy of Chhattrapati Shivaji Maharaj and Bharat Ratna Dr. Babasaheb Ambedkar, both role models to the community. The University provides an environment, ideal and conducive for nurturing academic progress and pursuit of knowledge.

This University was established on 5th May 1989 by the Government of Maharashtra under the Dr. Babasaheb Ambedkar Technological University Act No. XXII,1989.

We celebrated the Silver Jubilee Year in 2014. With the appointment of New Vice-Chancellor Dr. karbhari V. Kale, the state Government has declared this university as State Technical University to which the Engineering & Technology, Pharmacy, Architecture and Hotel Management and Catering Technology Institutes from the State shall get affiliated over the next few years. The University is committed to provide guidance and directions in quality technical education, research and development to meet the needs of industry, businesses, and the society, at large.

The benefit of the research and education at the University has to flow to the eco- system in its surrounding.

At present, the University administers 8 UG and 06 PG Progammes in Engineering and Technology. It also has 08 Ph.D. programs. There are approximately 4500 students on the campus. The University has a conducted institute of its own, "Institute of Petrochemical Engineering", running Diploma Courses in eight streams of engineering and technology. The University extends its services to the society through a governmental scheme of "Community Polytechnic" by educating the dropouts and empowering them with technical skills. The University offers education especially to rural women through a Certificate Course in Nursing Technology.

(8)

PRE-QUALIFICATION CRITERIA

Prospective bidders meeting the following minimum pre-qualification criteria are only eligible to respond to this invitation for bid.

Checklist of Eligibility criteria should be as per the following table:

Criteria Supporting Documents

1. a) The bidder should be a registered contractor with CPWD/PWD or Irrigation Department of Maharashtra/MJP/Kokan Railway/MIDC in appropriate class w.r.t.

estimated cost put to tender

a) Valid Certified copy of Registration of the concerned authority.

2. Minimum available Bid Capacity as per given

in clause 4.1.15 Bid Capacity statement of the Contractor

should be got certified from the Chartered Accountant.

3.

The bidder should be registered with

statutory authorities as required a)Scanned copy of valid G.S.T. Certificate, b)Scanned copy of PAN Card

c)Income Tax Returns Statement for the last Three Assessment Years.

d)GST Returns for last financial years.

4 Bidder should not have been blacklisted for any reason by any government institution / department in the last three years.

An affidavit by competent authority/ Self Declaration.

5. A) Work done in all classes of Civil Engg.

B) Similar type of work carried out C) List of Works in hand

D) Undertaking Of Machinery

A) Form No. I (Page No.32) B) Form No. II (Page No. 33) C) Form No. III( Page No. 34) D) Format Page No.35

6. Other Important Documents mentioned in

Cover-I Scanned copies of respective documents

Sr.

No.

(9)

ORIGINAL AGREEMENT NO.B-1

Name of work: - Increasing in depth of existing open well in front University Main Building.at DBATU Lonere

1) Name of Contractor : ...

2) Date of Receipt of Tender : ...

3) No. & Date of Work Order : ...

4) Amount put to tender : 7,79,560/-

5) Percentage Quoted : ...

6) Amount of Contract : ...

7) Date of Commencement : ...

8) Time stipulated for completion of work 4 (Months) from the date of written order to start the work.

9) Date of Completion as per Agreement: ...

10) Actual Date of completion : ...

11) Reference to Sanction of Extension of time:

1...

2...

3...

Certified that this original Agreement contains Page 1 to

Fly Leaves ………...Nos.

Drawings………...Nos.

Dr. Babasabeb Ambedkar Technological University

(Established by Government of Maharashtra and Governed by Dr. Babasabeb Ambedkar Technological University Act No. XXIX of 2014)

www.dbatu.ac.in

(10)

DETAILS OF WORK

Name of work: Partition for E & Tc Laboratories (LH 109).at DBATU Lonere Estimated Cost put to tender Rupees :7,79,560.00

Earnest Money Rupees : 8,000.00

Receipts of Online payment of tender fee as well as EMD should be uploaded to the Tender at the time of submission. 02 (Two) % total Security Deposit Rupees 20,000.00 (50% at the time of Agreement and 50% from R.A. bills). Time Stipulated for completion is4 (four) Calendar Month.

TENDER SCHEDULE (Refer online schedule on portal www.mahatenders.ac.in) Sr.

No.

Stage Start Expiry

Date Time Date Time

1. Tender Download

2. Bid preparation & submission 3. Cover 1 Opening

4. Cover 2 Opening

Receipt of bid security and tender document fees : Upto...Time:

...

(in original one day before of the opening of the technical bid's date and time)

Cost of Tender Form : 560.00

Registration Class of Contractor : VI and Above TO BE FILLED BY THE CONTRACTOR

I / We have quoted my /our offer in percentage rate in words as well as in figures.

I/We further undertake to enter into contract in regular "B-1" form in Dr. B. A. T.

University, Lonere.

Name and signature of Contractor/

Power of Attorney holder : With complete address.

(11)

Dr. BABASAHEB AMBEDKAR TECHNOLOGIGAL UNIVERSITY, LONERE

INVITATION FOR TENDERS

DETAILED TENDER NOTICE

Name of Work: - Partition for E & Tc Laboratories (LH 109).at DBATU Lonere.

.

Offline percentage rate tenders in 'B-1' Form are invited by the Registrar, Dr. Babasaheb Ambedkar Technological University at Lonere, Taluka: - Mangaon, District: - Raigad for the following work from Contractors registered in appropriate class of the Public Works Department, Irrigation Department, Kokan Railway, MJP or MIDC. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under.

Sr.

No.

Name of work Estimated cost (Rupees)

Earnest money (Rupees)

Class of Contractor

Time limit

1.

Partition for E & Tc Laboratories (LH 109).at DBATU Lonere.

7,79,560/- 8,000/- VI and Above

4 Months

Tender form, conditions of contract, specifications and contract drawings can be downloaded from the www.dbatu.ac.in after entering the details of payment towards Tender Fees as per the Tender Schedule. Further information regarding the work can be obtained from the office of the Registrar, Dr. Babasaheb Ambedkar Technological University, Lonere, Dist.:- Raigad (Phone No.02140-275 142 / 238)

The Tender Fee as well as EMD shall be paid Online & addressed to the Registrar, Dr.

Babasaheb Ambedkar Technological University at Lonere, Taluka:- Mangaon, District:- Raigad, Pin Code - 402 103 with the name of the work written at the top of the envelope will be received in the office of the Registrar, Dr. Babasaheb Ambedkar Technical University at Lonere, Taluka:- Mangaon, District:- Raigad, Pin Code - 402 103 on or before ... as per the Tender Schedule. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderer or his/their authorized

(12)

representatives who may be present at that time. For late delivery or no delivery by postal authority/ courier service, the department will not be responsible.

TENDERING PROCEDURE 1.1 Blank Tender Forms.

Tender form can be downloaded from www.dbatu.ac.in.

1.2 Pre-tender conference

1.2.1 Pre-tender conference will be held as per the schedule, if required.

1.2.2 The prospective tenderers are free to ask for any additional information or clarification either in writing or orally concerning the work, and the reply to the same will be given by the Registrar Dr. Babasaheb Ambedkar Technological University, Lonere and the same will be made available on www.dbatu.ac.in and this clarification referred to as common set of conditions/deviations (C.S.D.), shall form part of tender documents and which will also be common and applicable to all tenderers. The point/points if any raised in writing and/or verbally by the contractor in pre-tender conference and not finding place in C.S.D. issued after the pre-bid conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No individual correspondence will be made thereafter with the contractor in this regards.

1.2.3 The tender submitted by the tenderer shall be based on the clarification, additional facility offered (if any) by the University, and this tender shall be unconditional.

Conditional tenders will be summarily REJECTED.

1.2.4 All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions, specifications or other requirements and conditional tenders will be treated as non-responsive. The tenderer should clearly mention in forwarding letter that his offer (in Cover No. I & II) does not contain any conditions, deviations from terms and conditions stipulated in the tender.

2. SHORT LISTING OF CONTRACTORS FOR FINANCIAL BIDDING PROCESS

The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors

(13)

who are eligible for Financial Bidding Process. The short listed Contractors will be intimated by e-mail

3. OPENING OF THE FINANCIAL BIDS

The Contractors must be present in the office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the University website Portal immediately after the completion of opening process.

4. TENDER SCHEDULE (KEY DATES)

The Contractors are strictly advised to follow the Dates and Times allocated to each stage as given in tender notice. All the activities are time tracked and the. At the sole discretion of the tender Authority, the time schedule of the Tender stages may be extended.

5 DOCUMENTS TO BE SUBMITTED

5.1 COVER NO. I (TECHNICAL BID DOCUMENTS)

The first Cover clearly marked as “Cover No. I” shall contain scanned copy of following Documents:

5.1.1 online payment towards Tenders fee.

5.1.2 online payment of Rs 8,000/-(Rupees Ten Thousand Only) for the amount of earnest money. Earnest Money Deposit (E.M.D.) exemption certificate shall not be considered.

5.1.3 Scanned Copy of Valid certificate as a Registered Contractor/Firm/Company with the Government of Maharashtra/India in appropriate class as may be applicable in original or attested copy thereof (Attested by a Gazetted Officer).

5.1.4 Scanned copy of valid GST certificate.

5.1.5 Scanned Copy of Affidavit by Competent Authority/Self Declaration, that Bidder not has been blacklisted.

5.1.6 Undertaking of Machinery (Information to be given in Format Page No.35) 5.1.7 Original scanned Copy of Pan Card.

(14)

5.1.8 Scanned copy of details of work done during last three year with value of work unfinished.( Information to be given in Form no. I, Page No 32)

5.1.9 Scanned copy of details of work of similar type and magnitude carried out by the contractor.(Information to be given in Form no. II, Page no.33)

5.1.10 Details of list of works in hand and works tendered for.(Information to be given in Form no.III, Page No.34)

5.1.11 Certified copy of Partnership Deed and Power of Attorney, in case of a firm tendering for work.(True copy attested by a Gazetted Officer).

5.1.12 The contractor shall submit an affidavit in original (as per format given on Page No 36) to the tender accepting authority on due date as per tender schedule Regarding completeness, correctness and truthfulness of documents in Envelope No.1).

a)Scanned copy of Affidavit in respect of genuineness of documents contained in the Cover No. 1 in the prescribed proforma provided with Tender Set on Stamp Paper of Rs. 100/- ( Proforma of Affidavit is attached with Tender).

b) The Affidavit is also to be submitted physically as per schedule given in tender in original and will be the part and parcel of contract agreement. Contractor will be solely responsible and liable for action under Indian Penal Code for uploading or physical submission of any false / fraudulent document /information of envelope No. 1 and 2. Contractor will be solely responsible and also liable for action under Indian Penal Code for submission of any false information, false bills / invoice / vouchers of purchase of material in supporting proof of purchase, proof of testing / test results and any other required documents submitted by his staff / representative or by himself or subletting company /contractor during contract period or even after completion of work till finalization of bill and completion of defect liability period.

If false information / documents are submitted as mentioned above, the contractor will be blacklisted and if contract is at initial stage then such contract will be terminated and no any compensation will be payable on any account to the contractor. University Staff / University Officers / Divisional Accounts Officers will not be responsible for any complications due to submission of false /

(15)

fraudulent documents by the contractor as mentioned above. Separate Affidavit shall be submitted for each work in original. Affidavit not confirming to these conditions will not be accepted and Envelope No. 2 will not be opened.

5.1.13 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under :-

Assessed Available Bid Capacity = [(A x N x 1.5) -B]

Where ……

A = maximum value of civil engineering works executed in any one year as a prime contractor during the last Five years (updated to 2019-2020) taking into account the completed works as well as completed value of works in progress.

N = Number of years prescribed for completion of the work for which bids are invited.

B = Value as 2019-2020 price level of existing commitments and ongoing works to be completed during next 06 (Six) months

Note : The statement showing the value of existing commitments and ongoing work as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the officer not below the rank of the Executive Engineer and Bid capacity statement of the contractor should be got certified from the Chartered Accountant.

5.1.14 Scanned copies of all other documents mentioned in pre-qualification criteria 5.1.15 Numbering should be done for all papers contained in Cover No. 1 amid indexed.

5.1.16 All the documents from Sr. No.4.1.1 to 4.1.16 shall be given by contractor in Cover No.1 correctly and completely otherwise his Cover No.2 will not be opened.

Even though the Bidders meet the above qualifying criteria, they are subject to be disqualified if they have made.

Misleading or false representations in the Statements, attachments submitted in proof of the qualification requirements.

(16)

And / or

Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

5.2. OFF LINE SUBMISSION

All documents are to be submitted offline including tender fee and EMD.

However in special circumstances the tender fee and EMD will be accepted offline.

5.3 COVER II (FINANCIAL BID)

1. The second envelope marked as “Cover No. 2” shall Contain only the main tender including the Common Set/ Deviation issued by the University after the pre-tender Conference.

2. The second cover “COVER II” shall contain only the main tender. The Tenderer should quote his offer in terms of Percentage of Estimated rates at the appropriate place of B.O.Q. template to be submitted offline only in COVER II. Tenderer should not quote his offer anywhere directly or indirectly in COVER I. The contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions / deviations issued / Additional stipulations made by the University from Registrar after pre- tender conference, if any. His tender shall be unconditional.

3. Second Cover Shall also contains Form C1.(Page No. 31) 5.4 SUBMISSION OF TENDER

i.) HARD COPY SUBMISSION

Submission of Hard Copy of tender and necessary documents : Tenderer must submit the Hard copy to the office Registrar.

a) Documents submitted online in Cover No.1 & 2 are put in separate Envelope as Cover No.1 (Technical Bid) and Cover No. 2 (Financial Bid) respectively and sealed Properly.

b) The above two sealed Cover No.1 and 2 shall be again put together in one common cover and sealed. The name of work, tender Notice Number (i.e. SGN) and Name and full address of Tenderer with mobile number shall be mentioned on the said common cover marked sealed Common cover properly covers corner.

(17)

c) The above Common cover Containing Cover No.1 and 2 must be submit to the Registrar within the time and date specified in Tender Schedule Flashed on Web-site portal on working days (during office hours) only.

d) No delay on account of any cause will be entertained for the receipt said Hard copy.

e) If tenderer fails or neglect to submit Hard copy his online offer (Tender) will be considered for further tendering procedure.

5.5 OPENING OF TENDERS

On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender.

(A) COVER I : ( TECHNICAL BID DOCUMENTS )

First Cover I of the tender will be opened online to verify its contents as per requirements. If the scanned copies of various documents contained in this cover do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the said tenderer’s Cover II will not be considered for further action and the same will be recorded.

The decision of the tender opening authority in this regard will be final and binding on the contractors.

(B) COVER II : (FINANCIAL BID)

This Cover II shall be opened online after opening of Cover I, only if the contents of Cover I are found to be acceptable to the University. The tendered rates in percentage above/below the Estimated rates shall then be read out (From pg No.

41) in the presence of bidders who remains present at the time of opening of Cover II.

6. EARNEST MONEY

Tenders should be deposited along with Earnest Money of Rs9,500.00/- (as indicated in tender document) via online/Demand Draft payment mode. N o EMD ex empt i on cert i fi cat e wi ll be ent ert ai ned i n l i eu o f o nl i ne gat ewa y pa ym en t . The earnest money will be refunded in due course in case of tenderers whose tenders are not accepted. In case of successful tenderer, the Earnest money will be adjusted towards the initial security deposit and completing the tender documents by the Tenderer. The amount of Earnest Money will be forfeited to University in case the successful contractor does not pay the

(18)

amount of initial security deposit within specified time limit.

Earnest Money in the form of cheques or any other form except online will not be accepted.

7. SECURITY DEPOSIT

Successful Bidders will be required to pay a sum fixed by the Registrar as a security deposit i.e. 2% (The earnest money submitted by the Bidder will be converted into Security Deposit) and enter into agreement for the performance of the contractor. The security deposit will be returned to the vendor after the expiry of defect liability period and it should be extendable upto expiry of valid extension if any, as directed by Engineer-in-charge.

7.1 ADDITIONAL PERFORMANCE SECURITY DEPOSIT

A. If the tenderer has quoted the offer less than 1% below the estimated rates put to tender, then the tenderer shall have to submit Additional Performance Security Deposit in the form of Bank Guarantee /Demand Draft/ Fix Deposit Receipt of any Nationalized or Scheduled bank in favour of the University.

B. The scanned copy of the Bank Guarantee / Demand Draft/ Fix Deposit Receipt shall be uploaded and submitted in online Envelope no. 2, through e- tendering process, while the original Bank Guarantee / Fix Deposit Receipt shall be submitted in the sealed envelope in the office of the Registrar within 3 working days from the last date prescribed for the receipt of tender.

C. The amount of the Bank Guarantee /Demand Draft/ Fix Deposit Receipt shall be calculated by the tenderer in accordance with the following manner.

a) If the offer submitted is below schedule

“B” rates by more than 1% but less than 10%of the estimated cost put to tender

1% of the estimated cost put to tender

b) If below by more than 10% of the estimated cost put to tender

1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% of the estimated cost put to tender.( e.g. if the offer is 14.00% below, then performance Security will be 1%+(14%- 10%)=5.00% of the estimated cost put to tender.

c) If offer is more than 15% below For balance amount, submission of double

(19)

amount in the form of Demand Draft/Fixed Deposit Receipt / Bank Guarantee is mandatory for example 19% below rate Upto 10% below rate =01%

Upto 15% below rate =05%

(15%-10%)

Upto 19% below rate (19%-15%=4% x 2) =08%

Total = 14%

Note:- (i) For more than 10% below and upto 15% below ‘b’ is applicable.

(ii) For more than 15% below ‘c’ is applicable.

D. The Bank Guarantee / Fix Deposit Receipt shall be valid beyond 1 month after the expiry of Defect Liability Period.

E. After opening the online Cover No. 1, if it is found that the tenderer is not qualified for opening his online Cover No. 2, then his Bank Guarantee / Fix Deposit Receipt shall be returned within 7 days. Also after opening online Cover No.2, except the Bank Guarantee / Fix Deposit Receipt of 1st and 2nd lowest bidders, the Bank Guarantee /Demand Draft / Fix Deposit Receipt of other bidders shall be returned within 7 days.

F. Bank Guarantee / Fix Deposit Receipt of the 2nd lowest bidder shall be returned 3 days after the issue of work order to the 1st lowest bidder.

G. If it is found that the Bank Guarantee as above submitted by the bidder is False / Forged then the Earnest Money submitted by such bidder shall be forfeited and request will be made to PWD for suspending his registration as a contractor of Public Works Department & he will be entered in the Black List.

This is also applicable for Unregistered Bidder in such case he will be entered in the Black List.

H. Refund of Additional Performance Security.

i. The amount of the Additional Performance security shall be refunded within 3 months after completion of Defect Liability Period, as per the Government of Maharashtra, Public Works Department, Mantralaya, Mumbai G.R No.CAT-2017/CR-8/(II)/Bldg-2, Dt.27/9/2018.

(20)

ii. Non submission of Additional Performance Security deposit and performance security or submission of less amount of the Additional Performance Security deposit shall be liable to summarily rejection of his tender.

iii. After complete tender process, if bidder submitted the Demand Draft with tender, then the lowest bidder will submit requisite amount of Bank Guarantee and then Demand Draft will be refunded with tender.

8 TIME LIMIT

(a) Work completion period as specified in the N.I.T. shall be reckoned from the date of work order for commencing the work and shall be inclusive of monsoon period.

(b) The validity of tender is 120 Days.

9 TENDER RATE

No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulation will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts.

10 TENDER UNITS

The tenderers should particularly note the unit mentioned in the Schedule “B” on which the rates are based. No change in the units shall be allowed. In the case of difference between the rates written in figures and in words ,the correct rate will be the one, which is lowest of the two.

11 CORRECTION

No corrections shall be made in the tender documents. Any corrections that are to made shall be made by crossing the incorrect portion and writing the correct portions above with the initials of tenderer.

12 TENDER ACCEPTANCE

Acceptance of tender will rest with Dr. Babasaheb Ambedkar Technological University, Lonere who reserves the right to reject any or all tenders without assigning any reason therefore. The tenderer whose tender is accepted will have to

(21)

enter in to a regular B-1 agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest money paid by him shall stand forfeited to the University and the offer of the tenderer shall be considered as withdrawn by him.

13 CONDITIONAL TENDER

The tenderers who do not fulfil the condition of the notification and the general rules and directions for the guidance of contractor in the tender or incomplete in any respect are likely to be rejected without assigning any reason therefor.

13.1 The Tenderers shall be presumed to have carefully examined the conditions of as prescribed in tender document and have fully acquainted themselves with all details of the site conditions and in general with all the necessary information and data pertaining to the work, prior to tendering for the work.

13.2 The data whatsoever supplied by the University along with the tender documents are meant to serve only as guidelines for the tenderers while tendering and the Department do not take any responsibility whatsoever either for the accuracy of data for their comprehensiveness.

13.3 The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per survey conducted by the University. The Contractor should however examine these quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available in these source before quoting the rates. In case the materials are not available due to reasons whatsoever, the contractor will have to bring the materials from any other source with no extra cost to Government. The rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be paid to the University by the Contractor.

13.4 No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the Contractor.

13.5 All scanned pages of tender documents, conditions, specifications, corrections slips etc. shall be initialed by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of Attorney holder in case of a firm.

(22)

13.6 The Income Tax at prevailing rates including surcharges or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill or advance payment or secured advance.

14 POWER OF ATTORNEY

14.1 If the tenderers are a firm or company, they should mention the names of all the partners together with the name of the person who holds the power of Attorney, authorizing him to conduct all transactions on behalf of the body, along with the tender as per scanned copy uploaded in Cover I.

14.2 The tenderer may, in the forwarding letter, mention any points be may wish to make clear but the right is reserved to reject the same or the whole of the tenders if the same become conditional tender thereby.

14.3 The contractor or the firms tendering for the work shall inform the University if they appoint their authorized person on the work.

15 VALIDITY PERIOD

The offer shall remain open for acceptance for minimum period of 120 days from the Date of opening of Cover No.2 (Financial Bid) and thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgment due.

16. TESTING OF MATERIALS

All the material shall be tested from time to time according to the frequency chart attached in the tender. No separate charges will be given by the University

and same have to borne by the Contractor himself

17 Contractor is Liable for action under relevant clauses/sections of Indian Penal Code if any papers are found to be false/fraudulent paper/information submitted in Cover no.1, Also if during contract period and defect liability period, any false information, false bill of purchases submitted as supporting proof of purchase, proof of testing submitted by contractor staff or by contractor and even after the completion of contract and finalization of final bill. (As per Govt. resolution no.

(23)

CAT-2018/C.R. 127/ Buld-2, Dated- 28.11.2018).

18 Successful contractor shall submit a certificate on a 100 Rs. Stamp paper to the effect that “All the payments to the labour/ Staff are made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD)‟‟ The certificate shall be submitted by contractor within 60 day from the commencement of contract.

19. The successful tenderer will be required to produce, to the satisfaction of the specified concerned authority a valid concurrent license issued in his favor under the provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the earnest money.

20. The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act.

21. Bidders convicted of an offence under the Bombay Prohibition Act, 1949, or the Bombay Opium Act, 1936, will be considered ineligible for being given contracts.

22. BID EVALUATION PROCESS 22.1 Proposal Evaluation Process

1. Proposals will be evaluated by a Committee of Experts (the "Committee") appointed by the university. Evaluations of bids will be only on the basis of information provided by the bidders in the proposals, or any additional

information provided by the bidders against specific requests for clarifications sent by the university during the evaluation process. The bids submitted with required EMD only will be considered

2. Evaluation of the bids will be done in the following sequence and at the end of every

stage, short listed bidders will be informed of the results of evaluation

a

. Scrutiny of Bid Security and adherence to general guidelines b. Evaluation of prequalification proposal

c. Evaluation of Technical proposal

d. Live demo and / or site visits if necessary e. Opening of commercial proposal

f. Final evaluation of the Techno commercial bid and finalization of the bid

Only those bids that have been technically qualified will be considered for opening the commercial bid.

(24)

22.2 Technical Proposal Evaluation

1. The Technical bid will be scrutinized for complying with the following requirements before going ahead with further evaluation of the bid.

a. Proposal Covering letter as response to the RFP.

b. statement on Clarifications as required

Evaluation of the solution - the technical solution proposed by the bidder may be evaluated against the response to the RFP and on the basis of live

demonstration of the solution including site visit/s required if any

The final decision of the technical evaluation of the proposals submitted by the bidders shall rest with the University and the decision of the expert committee appointed by the university on the technical evaluation of the proposals shall be final and binding on all the bidders.

22.3 Presentation and live demo of the solution

The committee shall invite each bidder to make a presentation and live demo of the proposed work to the university at a date, time and venue determined by the University and the Solution Provider shall attend the same at his own cost. The purpose of such presentations and live demo would be to allow the bidders to present their solution to the university and to evaluate the same by the expert committee of the university in order to arrive at the final and considered decision.

The bidders shall arrange for live site visits when demanded by the expert committee where similar solutions have been implemented or under implementation. Such site visits shall be done independently by the expert committee and the bidder shall not accompany any of the University officials or members of the expert committee. The expenses for the travel of the committee shall be borne by the University.

22.4 Clarifications during evaluation

1. During the time of the evaluation of the Bids, the University may seek clarifications from the bidder on specific items in the bids submitted by them. All such clarifications will be sent to the contact persons indicated in the proposal either by email.

2. The primary role of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents.

The clarifications provide the opportunity for the University to state its requirements clearly and for the bidder to more clearly state its proposal.

3. If such clarifications are oral in nature, they will only be considered in the form of minutes of the meeting duly signed/agreed to by the all the participants.

4. The bidder has the option to respond or not respond to these queries. If the bidder fails to respond within the stipulated time period, the University has the right to make assumptions on the Bids submitted by the SP/contractor and if such assumptions lead to disqualification of Bids, the University is not accountable for these omissions.

5. All the responses to the clarifications will be part of the Technical Proposal of the respective bidders, and if the clarifications are in variance with the earlier information in the proposal, the information provided in later stages will be the part of the contract for implementation between SP/Contractor and the University.

(25)

6. If any of the responses by the SP//Contractor to the queries sent by the University has commercial implications, these commercial aspects will not be accommodated in the evaluation process.

22.5 Notification of Award and signing of contract

1. The University will award the Contract to the bidder whose proposal has been determined to be the successful bidder based on the above evaluation method.

2. The University reserves the right to negotiate further with the bidder whose proposal has been accepted as successful bidder.

3. Prior to the expiration of the validity period, The University will notify through a "Letter of Intent", to the successful bidder in writing that their proposal has been accepted and invite them for signing a formal contract.

4. Signing the contract- The University shall execute a formal contract with the SP//Contractor on mutually agreeable terms and conditions and as per the RFP and the bid submitted in response to the RFP by incorporating all necessary terms and conditions to protect the continuing interest of both the parties while implementing the said project. The contract shall clearly specify the deliverables under the scope of service, duration of the contract, payment terms, performance metrics and responsibility matrix of both the parties and protection of the interest of both the parties, penalty for non- performance of both the parties, force majeure etc in accordance with the Indian contracts Act. Any amendment to the contract if required during the period of subsistence of the contract shall be carried out as addendum to the existing contract after both the parties agree to the terms thereof.

22.6 Lack of Competition

1. If a situation arises where if after evaluation of bids, the tendering authority ends up with one responsive Bid only and in such situation, the tendering authority would check as to whether while floating the tender all necessary requirements to encourage competition like standard bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids, etc were fulfilled. If not, the tender would be re-floated after rectifying deficiencies.

2. The bid process shall be considered valid even if there is one responsive Bid, provided that:

i. the Bid is technically qualified

ii. the price/percentage quoted by the bidder is assessed to be reasonable

iii. the Bid is unconditional and complete in all respects

iv. there are no obvious indicators of cartelization amongst bidders and

v. the bidder is qualified as per the provisions of pre-qualification/

eligibility criteria in the bidding document

3. The tendering authority shall prepare a justification note for approval by the next higher authority of the procuring entity and with the concurrence of the committee.

4. In case of dissent by any member of bid evaluation committee, the next higher authority in delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids after recording reasons.

(26)

5. If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of market depth, eligibility criteria and cost estimate.

22.7 Delay in Completion of Work

Please refer the Clause 2 of Conditions of Contract (page no.45).

(27)

Bid Formats

Details Formats

Response Formats for Technical Proposal Cover I Response Formats for Financial Proposal Cover II

(28)

FORM NO. - I

STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING

CONTRACTION WORK DURING LAST THREE YEARS.

NAME OF CONTRACTOR:-

Sr.

No.

Name of the work

Amount Put to Tender / Tendered

Cost.

(Rupees In Lakhs)

Agreement No.

Date of Comme- ncement

Amount of work done during each of last three years (Rs. in

Lakhs)

2020-21 2021-22 2022-23

Amount of work still remaining to

be executed 2019-2020

Remarks

1 2 3 4 5 6 7 8 9 10

Outward No. and Date of Certificate issuing authority.

Signature of bidder

(29)

FORM NO. – II

DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY CONTRACTOR

NAME OF CONTRACTOR:-

Sr.

No.

Name of the work

Amount put to Tender/Tender ed

Cost(Rupees in Lakhs)

Agreeme nt No.

Date of Commenc

ement

Amount of Work done during each of last three years(Rs in

lakhs)

Date of Comple tion

Principle Feature in brief

2020-21 2021-22 2022-23

1 2 3 4 5 6 7 8 9 10

Note : This is only a standard form Details are to be furnished in this format in the form of type written statements which shall be enclosed in Cover-1.

Signature of bidder

(30)

FORM NO. - III

DETAILS OF LIST OF WORKS IN HAND AND WORKS TENDERED

FOR AS ON---

NAME OF CONTRACTOR:-

(I) WORKS IN HAND

Sr.

No.

Name of the work

Agreement No.

Tendered Cost.

(Rupees In Lakh)

Date of Commen cement

Stipulated Date of Completi

on

Value of work already done (Rs.

in Lakhs)

Value of balance work

Probable Date of Completi

on

Remarks

1 2 3 4 5 6 7 8 9 10

(II) WORKS TENDERED FOR

Sr.

No.

Name of the work

Name and Address of

Client

Tendered Amount (Rs.

in Lakhs)

Time Limit Probable Date when decision is

expected

Other relevant details if any.

1 2 3 4 5 6 7

Note: This is only a standard form Details are to be furnished in this format in the form of type written statements which shall be enclosed in Cover-1.

Signature of bidder

(31)

UNDERTAKING

¨ÉÒ……….´ÉªÉ ´É¹ÉäÇ………….

®úɽþhÉÉ®ú ………ªÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ,

¨ÉÒ………. ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú/¨ÉÖJÉiªÉÉ®ú

‘’Partition for E & Tc Laboratories (LH 109).at DBATU Lonere’’

+ºÉÚxÉ ªÉÉ EòɨÉɺÉÉ`öÒ ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú EòÉ¨É Eò®úhÉäEò®úÒiÉÉ +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ VɺÉä

Asphalt Bouzer/ Concrete Mixer,

<. ºÉ´ÉÇ |ÉEòÉ®úSÉÒ +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ

(Machinery)

½þÒ ¨ÉÉZªÉÉ º´ÉiÉ:SªÉÉ ¨ÉɱÉEòÒSÉÒ +ºÉÚxÉ ºÉƤÉÆÊvÉiÉ EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ ´É ºÉƤÉÆÊvÉiÉ ={É +ʦɪÉÆiÉÉ ½äþ ºÉÚSÉxÉÉ näùiÉÒ±É iªÉÉ´Éä³ýÒ iɺÉäSÉ iÉÒ ¨ÉÒ EòÉ¨É ºÉÖ¯û Eò®úhªÉÉ{ÉÚ´ÉÒÇ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ ÊxÉÊ´ÉnùÉ ¶ÉiÉÒÇxÉÖºÉÉ®ú ={ɱɤvÉ Eò¯ûxÉ näùhªÉÉSÉä ¨ÉÒ ¨ÉÉxªÉ Eò®úÒiÉ +ɽäþ.

´É®ú xɨÉÚnù Eäò±ªÉÉ|ɨÉÉhÉä ´É®úÒ±É +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ ={ɱɤvÉ Eò¯ûxÉ näùhªÉÉiÉ ¨ÉÉZªÉÉEòbÚ÷xÉ EòºÉÚ®ú ZÉɱªÉÉºÉ ºÉƤÉÆÊvÉiÉ IÉäÊjÉªÉ +ÊvÉEòÉ®úÒ

(Engineer in Charge)

ºÉnù®ú EòɨÉÉSªÉÉ ÊxÉÊ´Énäù¤ÉɤÉiÉ VÉÒ EòɪÉÇ´ÉɽþÒ Eò®úiÉÒ±É iÉÒ ¨É±ÉÉ ¨ÉÉxªÉ +ºÉÚxÉ, ªÉɤÉɤÉiÉ ÊxÉÊ´Énäù¨ÉvÉÒ±É +]õÒ/¶ÉiÉÒÇxÉÖºÉÉ®ú ¨ÉÒ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ +ɽäþ ´É ®úɽþÒxÉ.

ªÉähÉä|ɨÉÉhÉä |ÉÊiÉYÉɱÉäJÉ ÊnùxÉÉÆEò EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½Ò

SELF UNDERTAKING OF CONTRACTORS WITHOUT OWNERSHIP OF MACHINERY

¨ÉÒ……….´ÉªÉ ´É¹ÉäÇ………….

®úɽþhÉÉ®ú….………ªÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ,

¨ÉÒ………. ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú/¨ÉÖJÉiªÉÉ®ú

“’Partition for E & Tc Laboratories (LH 109).at DBATU Lonere.’’

+ºÉÚxÉ ªÉÉ EòɨÉɺÉÉ`öÒ ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú EòÉ¨É Eò®úhÉäEò®úÒiÉÉ +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ VɺÉä

Asphalt Bouzer/ Concrete Mixer,

<. ºÉ´ÉÇ |ÉEòÉ®úSÉÒ +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ

(Machinery)

¨ÉÒ ¦ÉÉb÷ªÉÉxÉä +ÉhÉhÉÉ®ú +ɽäþ º]äõ]õ¨ÉåÆ]õ ´É ¨ÉvÉÒ±É +]õÓÆ|ɨÉÉhÉä +ºÉhÉÉ-ªÉÉ ªÉÉ ¨É¶ÉÒxÉ®úÒ

¦ÉÉb÷ªÉÉxÉä ={ɱɤvÉ Eò¯ûxÉ näù<ÇxÉ iɺÉäSÉ +ɴɶªÉEò EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eò®úÒxÉ, ºÉƤÉÆÊvÉiÉ EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ ´É ºÉƤÉÆÊvÉiÉ ={É +ʦɪÉÆiÉÉ ½äþ ºÉÚSÉxÉÉ näùiÉÒ±É iªÉÉ´Éä³ýÒ iɺÉäSÉ iÉÒ ¨ÉÒ EòÉ¨É ºÉÖ¯û Eò®úhªÉÉ{ÉÚ´ÉÒÇ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ ÊxÉÊ´ÉnùÉ ¶ÉiÉÒÇxÉÖºÉÉ®ú ={ɱɤvÉ Eò¯ûxÉ näùhªÉÉSÉä ¨ÉÒ ¨ÉÉxªÉ Eò®úÒiÉ +ɽäþ.

´É®ú xɨÉÚnù Eäò±ªÉÉ|ɨÉÉhÉä ´É®úÒ±É +ɴɶªÉEò ªÉÆjɺÉɨÉÖOÉÒ ={ɱɤvÉ Eò¯ûxÉ näùhªÉÉiÉ ¨ÉÉZªÉÉEòbÚ÷xÉ EòºÉÚ®ú ZÉɱªÉÉºÉ ºÉƤÉÆÊvÉiÉ IÉäÊjÉªÉ +ÊvÉEòÉ®úÒ

(Engineer in Charge)

ºÉnù®ú EòɨÉÉSªÉÉ ÊxÉÊ´Énäù¤ÉɤÉiÉ VÉÒ EòɪÉÇ´ÉɽþÒ Eò®úiÉÒ±É iÉÒ ¨É±ÉÉ ¨ÉÉxªÉ +ºÉÚxÉ, ªÉɤÉɤÉiÉ ÊxÉÊ´Énäù¨ÉvÉÒ±É +]õÒ/¶ÉiÉÒÇxÉÖºÉÉ®ú ¨ÉÒ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ +ɽäþ ´É ®úɽþÒxÉ.

ªÉähÉä|ɨÉÉhÉä |ÉÊiÉYÉɱÉäJÉ ÊnùxÉÉÆEò EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½Ò

(32)

[Affidavit on stamp paper of Rs.500/- registered before the Notary or Executive Magistrate]

""xɨÉÖxÉÉ''

ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)

¨ÉÒ ...´ÉªÉ……´É¹Éæ...

®É½þhÉÉ®ú... ªÉÉ ºÉiªÉ|ÉÊiÉYÉÉ {ÉjÉÉuÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ... ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ

¨ÉɱÉEò +ºÉÚxÉ ‘’ ’Partition for E & Tc Laboratories (LH 109).at DBATU Lonere’’ ªÉÉ EòɨÉɺÉÉ`Ò ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eò®úÒiÉ +ɽäþiÉ. iªÉÉ ÊxÉÊ´ÉnäùSªÉÉ Ê±É¡òÉ¡òÉ G.1 ¨ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eäò±ÉÒ +ɽäþiÉ iÉÒ JÉ®úÒ, ¤É®úÉä¤É®ú ´É {ÉÚhÉÇ +ɽäþiÉ. iªÉɨÉvªÉä EòÉähÉiªÉɽþÒ jÉÖ]õÒ, SÉÖEòÉ xÉɽþÒiÉ, ªÉÉSÉÒ ¨ÉÒ JÉÉjÉÒ Eäò±Éä±ÉÒ +ºÉÚxÉ +ºÉä ¶É{ÉlÉ{ÉÚ´ÉÇEò JÉɱÉÒ±É +]õÒ ´É

¶ÉlÉÒǺɽþ ¨ÉÉxªÉ Eò®úÒiÉ +ɽäþ. ªÉÉ EòÉMÉnù{ÉjÉÉƨÉvªÉä EòɽþÒ SÉÖEòÒSÉÒ, Ênù¶ÉɦÉÚ±É Eò®úhÉÉ®úÒ, JÉÉä]õÒ ´É iɺÉäSÉ +{ÉÚhÉÇ ¨ÉÉʽþiÉÒ +Éfø³ý±ªÉÉºÉ ¨ÉÒ ¦ÉÉ®úiÉÒªÉ nÆùÆb÷ºÉ˽þiÉÉ +ÆiÉMÉÇiÉ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ ®úɽþÒxÉ.

1. VÉ®ú EÆòjÉÉ]õ EòɱÉÉ´ÉvÉÒnù®ú¨ªÉÉxÉ, ¨ÉÒ ¨ÉÉZªÉÉ EòɪÉÉDZɪÉÉxÉä ËEò´ÉÉ Eò¨ÉÇSÉÉ-ªÉÆÉxÉÒ ºÉÉ´ÉÇVÉÊxÉEò

¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉɱÉÉ EòÉähÉiÉÒ½þÒ JÉÉä]õÒ ¨ÉÉʽþiÉÒ ËEò´ÉÉ näùªÉEòɺɨɴÉäiÉ iɺÉäSÉ {ÉjÉ´ªÉ´É½þÉ®úÉiÉ JÉÉä]õÒ/ ¤ÉxÉÉ´É]õ ºÉÉʽþiªÉ JÉ®äúnùÒSÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eäò±ÉÒ +ºÉ±ªÉɺÉ, ¨ÉÒ ¦ÉÉ®úiÉÒªÉ nÆùÆb÷ºÉ˽þiÉÉ +ÆiÉMÉÇiÉ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ ®úɽþÒxÉ.

2. VÉ®ú EÆòjÉÉ]õ EòɱÉÉ´ÉvÉÒnù®ú¨ªÉÉxÉ +ÉÊhÉ EòÉ¨É ºÉ¨ÉÉ{iÉÒ xÉÆiÉ®ú, +ÆÊiÉ¨É näùªÉEò näùhªÉÉSªÉÉ iÉÉ®úJÉä{ɪÉÈÆiÉ ºÉÉnù®ú Eäò±Éä±Éä EòÉähÉiÉä½þÒ EòÉMÉnù{ÉjÉä JÉÉä]õÒ/¤ÉxÉÉ´É]õ ËEò´ÉÉ ¡òºÉ´ÉÒ +Éfø³ý±ªÉÉºÉ ¨ÉÒ nÆùÆb÷ºÉ˽þiÉÉ +ÆiÉMÉÇiÉ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ ®úɽþÒxÉ.

3. VÉ®ú EòÉ¨É ºÉ¨ÉÉ{iÉÒxÉÆiÉ®, nùÉä¹É nùÉʪÉi´É EòɱÉÉ´ÉvÉÒ nù®ú¨ªÉÉxÉ ËEò´ÉÉ iªÉÉxÉÆiÉ®ú EòÉähÉiªÉɽþÒ

´Éä³ýÒ, EòÉähÉiÉÒ½þÒ ¨ÉÉʽþiÉÒ ËEò´ÉÉ EòÉMÉnù{ÉjÉä JÉÉä]õÒ/¤ÉxÉÉ´É]õ, ¡òºÉ´ÉÒ ËEò´ÉÉ Ênù¶ÉɦÉÚ±É Eò®úhÉÉ®úÒ +Éfø³ý±ªÉÉºÉ ¨ÉÒ ¦ÉÉ®úiÉÒªÉ nÆùÆb÷ºÉ˽þiÉÉ +ÆiÉMÉÇiÉ EòɪÉnäù¶ÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ ®úɽþÒxÉ.

EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ

(33)

FORM B -1

PRECENTAGE RATE TENDER & CONTRACT FOR WORKS Name of work: Partition for E & Tc Laboratories (LH 109).at DBATU Lonere

General Rules and Directions for the Guidance of Contractors

1. All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the Registrar DBATU, Lonere and signed by the Registrar DBATU, Lonere. This form will state the work to be carried out as well as the date for submitting and opening tenders, and the time allowed for carrying out the work also the amount of earnest money to be deposited with the tender, and the amount of the security deposit and performance guarantee to be deposited by the successful tenderer and the percentage, if any, to be deducted from bills. Copies of the specifications, designs, drawings and estimated rates, scheduled rates and any other document required in connection with the work shall be signed by the Registrar for the purpose of identification and shall also be open for inspection by contractors at the office of Registrar DBATU, Lonere during office hours.

Where the works are proposed to be executed according to the specifications recommended to a contractor and approval by a competent authority on behalf of the Building and Works committee, such specification with designs and drawings shall form part of the accepted tender.

2. In the event of the e-tender being submitted by a firm, it must be digitally signed.

Such tender will be treated as signed tender. For physical tender it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power-of-attorney authorizing him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952.

2. (A) I) The contractor shall pay along with the tender the sum of... as and by way of earnest money. The contractor may pay the said amount by forwarding along with the tender e-print of online payment for the said amount. The said amount of earnest money shall not carry any interest what-so-ever.

II) In the event of his tender being accepted, subject to the provisions of sub-clause (iii) below, the said amount of earnest money shall be appropriated towards the amount

(34)

of security deposit payable by him under conditions of General Conditions of contract.

III) If, after submitting the tender, the contractor withdraws his offer or modifies the same, or if, after the acceptance of his tender the contractor fails or neglects to furnish the balance of the security deposit, within 10 days from receipt of acceptance letter without prejudice to any other rights and powers of the University, hereunder, or in law, University shall be entitled to forfeit the full amount of the earnest money deposited by him.

IV) In the event of this tender not being accepted, the amount of earnest money deposited by the contractor shall, unless it is prior thereto forfeited under provisions of sub-clause (iii) above, be refunded to him on his passing receipt there for. (B.&C.

Dept. Resolution No.CAT-1272/44277-Q DT-3-3-73.)

3. Receipts for payments made on account of any work, when executed by a firm, should also be signed by all the partners except where the contractors are described in their tender as a firm, in which case the receipt shall be signed in the name of the firms by one of the partners, or by some other person having authority to give effectual receipt for the firm (holding the power of attorney).

4. Any person who submits a tender shall fill up the usual printed form stating at what percentage above or below the rates specified in Schedule B (Memorandum showing items of work to be carried out) he is willing to undertake the work. Only one rate or such percentage on all the estimated rates/ schedule rates shall be named. Tenders, which propose any alternation in the works specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions will be liable for rejection. No printed form of tender shall include a tender submit a separate tender for each. Tender shall have the name and numbers of the work to which they refer written outside the envelope.

5. Registrar or his duly authorized Assistant shall open tenders in the presence of contractors who have submitted tenders or their representatives who may be present at the time, and he will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, the contractor shall for the purpose of identifications, sign copies of the specifications and other documents mentioned in Rule 1. In the event of tender being rejected, the Registrar shall authorize the other officer concerned to refund the amount of the earnest money

(35)

deposited to the contractor making the tender, on his giving a receipt for the return of the money.

6. The officer competent to dispose off the tenders shall have the right of rejecting all or any of the tenders.

7. No receipt for any payment alleged to have been made by a contractor in regard to any matter relating to this tender or the contract, shall be valid and binding on University unless it is signed by the Registrar.

8. The memorandum of work to be tendered for and schedule of materials to be supplied by the DBATU and their rates shall be filled in and complete by the office of the university engineer before the tender form is issued. If a form issued to an intending tendered has not been so filled in and completed, he shall requested the said office to have this done before he completes and delivers his tender.

9. All work shall be measured net by standard measure and according to the Rules and customs of the Public Works Department and their rates shall be with reference to local custom and Indian standards and standards laid by PWD..

10. Under no circumstances shall any contractor be entailed to claim enhanced rates for any item in contract.

11. All corrections and additions or pasted slips should be initialed.

12. The measurements of work will be taken according to the usual methods used in the Public Works Department and no proposals to adopt alternative methods will be accepted. The University Engineer's decision as to what is “the usual method in use in the Public Works Department" will be final.

13. The tendering Contractor shall furnish a declaration along with the tender showing all works for which he has already entered into contract and the value of the work that remain to be executed in each on the date of submitting the tender.

14. In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be released by the University for the purchase of plant and machinery required for the execution of the work contracted for.

(GCD/CFM/1058/62517 OF 26.5.1959)

15. The contractor will have to construct shed for storing controlled and valuable materials brought by Contractor at work site having double locking arrangement at Contractors cost. The material will then be taken for use in the presence of the

(36)

University person. No materials will be allowed to be removed from the site of works.

16. The contractors shall also give a list of machinery in their possession and which they propose to use on the work.

17. Successful tender shall have to produce to the satisfaction of the accepting authority a valid and current license issued in his favour under the provisions of Contract Labour (Regulation and Abolition Act, 1973) before starting the work. Failing which, acceptance of the tender shall be liable for withdrawal and earnest money shall be forfeited to the University (refer Government of Maharashtra, Irrigation and Power Department's letter NO. Lab 1076h 181/(666E-17), Dated 8/9/1976.

18. The contractor shall comply which the provisions of Apprentices Act, 1961 and the rules and orders issued the under from time to time. If he fails to do so, his failure shall be breach of the contract and the Vice-Chancellor/Registrar, may in is discretion cancel the contract. The contractor shall also the liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

(37)

TENDER FOR WORKS

I/We hereby tender for the execution, for the Registrar (here-in before and herein after called as the University) of the work specified in the underwritten through online memorandum within the time specified in such memorandum at *--- ----In words--- per cent below/above the estimated cost entered in Schedule B (Memorandum showing items of work to be carried out) and in accordance in all respects with the specification, designs, drawing and instructions in writing referred to in Rule I thereof and in Clause 12 of the annexed conditions of contract and agree that when material for the work are to provided by the University, Such materials and the rates to be paid for them shall be as provided in ' Schedule A' hereto.

The tenderer shall quote his offer through online.

MEMORANDUM

Name of work : Partition for E & Tc Laboratories (LH 109).at DBATU Lonere

(b) Estimated cost : 7,79,560/-

(c) Earnest Money : 8,000/-

To be converted into security deposits for the successful tenderer

(d) Security Deposit(Total 2%)

(i) Amount (Not less than the amount : 8,000/-

Earnest Money) (1%)

(ii) To be deducted from running : 8,000/- bills. (1%)

(e) Percentage, if any, to be deducted from bills so as to make up the

total amount required as security deposit

by the time, half the work, as measured 2% (Two percent) by the costs, is done.

(f) Time allowed for the work from date of 4 Months written order to commence.

2. I/We agree that this offer shall remain open for acceptance for a minimum period of 120 days from the date fixed for opening the same means Cover No.2 and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tenders and sent by registered post A.D. or otherwise delivered at the office of such authority. Online Payment No. and date in respect of the sum of Rupees 9500.00/- (Rupees Nine Thousand Five Hundred) only.

Total Rs. 20,000.00

(38)

Representing the earnest money is herewith forwarded. The amount of earnest money shall not bear interest and shall be liable to be forfeited to the University should I/We fail to (1) abide by the stipulation to keep the offer open for the period mentioned above or (2) sign and complete the contract documents as required by the Registrar and furnish the security deposit as specified in item (d) of the memorandum contained in paragraph 1 above within the time limit laid down in clause (I) of the annexed General Conditions of contract. The amount of earnest money may be adjusted towards the security deposit or refunded to me/us if so desired by me/us in writing, unless the same or any part thereof has been forfeited as aforesaid.

3.Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed hereto so far as applicable, and in default thereof to forfeit and pay to DBATU the sum of money mentioned in the said conditions Receipt No. ... dated from the University or Bank herewith forwarded representing the earnest money a) The full value of which is to be absolutely forfeit to the University should I / We do not deposit in full amount of security deposit specified in the above memorandum in accordance with (d) of clause (i) of the tender for works shall be refunded.

Contractor :- Signature of Contractor

before submission of the tender.

Address :-

Dated The Day of Month 2020 --- (Witness) :-

Signature of witness to contractor's

Address :-

(Occupation) :-

The above tender is hereby accepted by me for and on

Behalf of Dr. Babasaheb Ambedkar Technological University, Lonere.

Registrar

(39)

CONDITIONS OF CONTRACT

References

Related documents

may be combined with other sites, such as CNS) or all T-lineage ALL → high risk for further relapse and poor survival... Types

b) Instruct the Transport Supplier from time to time for such further inspection as may be necessary for the proper and adequate supply of services and for keeping such

5 wt % undoped ZrO 2 -HA composite showed the highest hardness and bi-axial flexural strength among all the sintered composites because of higher bulk density

religious and moral education, women education and vocational education etc* The present chapter deals with the nature and alms of university education and post-graduate teaching and

b) Instruct the Transport Supplier from time to time for such further inspection as may be necessary for the proper and adequate supply of services and for keeping such records as

b) Instruct the Transport Supplier from time to time for such further inspection as may be necessary for the proper and adequate supply of services and for keeping such records as

In our preferred model (experiment 12, Figure 2 b), oceanic lithosphere of the Indian and Arabian plates subducted beneath continental Asia, until continental

b) Instruct the Transport Supplier from time to time for such further inspection as may be necessary for the proper and adequate supply of services and for keeping such